lrv environmental, inc., a.s.b.c.a. (2015)

Upload: scribd-government-docs

Post on 01-Mar-2018

223 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    1/13

    ARMED SERVICES BOARD OF CONTRACT APPEALS

    Appeals

    of

    -- )

    LRV Environmental, Inc. )

    Under Contract No. DACWl 7-02-C-0028 )

    APPEARANCE FOR THE APPELLANT:

    APPEARANCES FOR THE GOVERNMENT:

    ASBCA Nos. 58727, 58728

    Jeff H Eckland, Esq.

    Eckland & Blando, LLP

    Minneapolis, MN

    Thomas H. Gourlay, Jr., Esq.

    Engineer Chief Trial Attorney

    Carolyn J. Fox, Esq.

    Assistant District Counsel

    U.S. Army Engineer District,

    Jacksonville

    OPINION

    BY

    ADMINISTRATIVE JUDGE HARTMAN ON THE GOVERNMENT'S

    MOTION TO DISMISS FOR LACK OF JURISDICTION AND THE PARTIES'

    CROSS-MOTIONS FOR SUMMARY JUDGMENT

    The government moves to dismiss these appeals for lack of urisdiction on the

    grounds that they are barred by the six-year statute

    of

    limitations set forth in the Contract

    Disputes Act,

    41

    U.S.C.

    7103(a)(4)(A), and the requirement an appeal from a

    contracting officer's

    (CO s)

    final decision to this Board be made within 90 days

    of

    the

    receipt of the CO s decision. Appellant asserts it submitted its claims within six years of

    accrual and thus

    is

    not barred from pursuing them, and that the earlier decision of the CO

    was not final because it was reconsidered by the CO and thus not required to be appealed

    within 90 days of appellant's receipt of the earlier decision. The government

    alternatively moves for summary judgment on the ground the parties' contract provides

    that contract line item numbers (CLINs) with unit pricing will be paid based upon actual

    quantities. Appellant cross-moves for summary judgment arguing the parties'

    fixed-price contract provides for payment

    of

    the unit price for the estimated quantities

    when the actual quantity is within

    15

    percent of the estimated quantity.

    STATEMENT OF FACTS

    FOR

    PURPOSES OF THE MOTIONS

    In September of 2002, the Jacksonville District of the United States Army Corps

    of

    Engineers (Corps) awarded a contract, No.

    DACWl

    7-02-C-0028,

    in

    an amount

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    2/13

    exceeding $1.5 million to appellant LRV Environmental, Inc. (LRV) to perform work at

    San Juan Harbor, La Esperanza Peninsula, Catafio, Puerto Rico, described as follows:

    The project modifications will include the dredging of a flow

    channel through the peninsula and the removal, by dredging,

    of

    the tip

    of

    the peninsula. The required dredging depth will

    be

    3

    feet N.G.V.D and the total quantity

    of

    material to be

    dredged will be approximately 51,000 cubic yards. All

    dredged material will be placed in a cove located along the

    interior shoreline

    of the peninsula. The required final

    elevation of the material placed in the cove will be between

    0.0 feet N.G.V.D. and 1.0 feet N.G.V.D. with a 0.5 foot

    allowable tolerance below the required elevation. Also

    required will be the installation

    of

    approximately 500 linear

    feet.

    ..

    of steel sheet pile to stabilize the shoreline of the

    peninsula.

    (R4, tab 4 at 39-41, 474) The contract divided work to be performed into six CLINs,

    three

    of

    which (mobilization and demobilization, endangered species monitoring, and

    turbidity monitoring) were LUMP SUM PAYMENT ITEMS and threeofwhich

    (clearing and grubbing (CLIN 2), excavation and placement (CLIN 3), and sheet pile

    (CLIN 6)) were UNIT PRICE PAYMENT ITEMS (UPPI) (R4, tab 4 at 390-93).

    With respect to CLIN 3, excavation and placement, LRV offered a firm-fixed un t

    price based upon an ESTIMATED QUANTITY of 51,000 cubic yards (R4, tab 4

    at 216). Pursuant to contract 01270, 1.2.1.1, 1.2.1.2, and 1.2.1.3, LRV was to be

    paid its firm-fixed unit price for CLIN 3 for actual quantities required to complete that

    work. The contract explained that monthly partial payments will be based on

    approximate quantities determined by soundings or sweepings performed by the

    Contractor behind the dredge. (R4, tab 4 at 391-92)

    t

    further explained:

    The total amount ofmaterial removed, and to be paid for

    under the contract, will be measured by the cubic yard in

    place and be determined by the average end area method. The

    volume computed shall be between the bottom surface shown

    by soundings taken within 3 weeks before dredging and the

    bottom surface shown by the soundings taken within 3 weeks

    after the work specified in each acceptance section indicated

    on the drawings has been completed. [LRV] shall give

    3 weeks advance notice, in writing, to the Contracting

    Officer's Representative of the need for a pre-dredging

    2

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    3/13

    survey or after-dredging survey for final acceptance for each

    acceptance section.

    Id.) Contract 02325, DREDGING,

    if il

    3.4.1, 3.4.2, 3.4.3, reiterated several times

    that [t]he material actually removed from the designated areas to be dredged will be

    estimated and paid for in accordance with the provisions contained in ...Section 01270

    (R4, tab 4 at 526, 534-35).

    With respect to CLIN 6, Steel Sheet Piling, LRV offered a firm-fixed

    un t

    price

    based upon an ESTIMATED QUANTITY

    of24 200

    square feet (R4, tab 4 at 216).

    Pursuant to contract 01270,

    if il

    1.2.3.1, 1.2.3.2, and 1.2.3.3, LRV was to be paid its

    firm-fixed unit price for CLIN 6 for actual quantities required to complete that work, i.e.,

    the number

    of

    square feet

    of

    installed and painted sheet pile used in the accepted work

    (R4, tab 4 at 393).

    The parties' contract contained various standard clauses set forth in the Federal

    Acquisition Regulation (FAR), including

    FAR

    52.211-18,

    v

    ARIA

    TION N

    ESTIMATED

    QUANTITY APR

    1984 );

    FAR

    52.232-5,

    PAYMENTS UNDER

    FIXED-PRICE

    CONSTRUCTION

    CONTRACTS

    MAY 1997); FAR 52.236-16,

    QUANTITY

    SURVEYS APR 1984), and FAR

    52.243-4,

    CHANGES AUG

    1987). The first

    of

    these clauses, Variation in Estimated

    Quantity (VEQ),

    FAR

    52.211-18, states in relevant part:

    f

    he quantity

    of

    a unit-priced item in this contract

    is

    an

    estimated quantity and the actual quantity

    of

    the unit-priced

    item varies more than

    15

    percent above or below the

    estimated quantity, an equitable adjustment in the contract

    price shall be made upon demand

    of

    either party. The

    equitable adjustment shall be based upon any increase or

    decrease in costs due solely to the variation above

    115 percent or below 85 percent

    of

    the estimated quantity.

    (R4, tab 4 at 57, 94, 113, 116) The second

    of

    these clauses, Payments under Fixed-Price

    Construction Contracts (Payment),

    FAR

    52.232-5, states in relevant part:

    (a) Payment

    of

    price. The Government shall pay the

    Contractor the contract price as provided in this contract.

    (b) Progress payments. The Government shall make progress

    payments monthly as the work proceeds, or at more frequent

    intervals as determined by the Contracting Officer [CO], on

    estimates

    of

    work accomplished which meets the standards

    of

    quality established under the contract, as approved by the

    [CO].

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    4/13

    (h) Final payment. The Government shall pay the amount

    due the Contractor under this contract

    after

    (1)

    Completion and acceptance

    of

    all work;

    (2) Presentation

    of

    a properly executed voucher; and

    (3) Presentation

    of

    release of all claims against the

    Government arising by virtue

    of

    this contract, other than

    claims, in stated amounts, that the Contractor has specifically

    excepted from the operation

    of

    the release.

    (R4, tab 4 at 94-96) The third

    of

    these clauses, Quantity Surveys, FAR 52.236-16, states

    in relevant part:

    (a) Quantity surveys shall be conducted, and the data derived

    from these surveys shall be used in computing the quantities

    ofwork performed and the actual construction completed and

    in place.

    (b) The Government shall conduct the original and final

    surveys and make the computations based on them. The

    Contractor shall conduct the surveys for any periods for

    which progress payments are requested and shall make the

    computations based on these surveys. All surveys conducted

    by the Contractor shall be conducted under the direction

    of

    a

    representative of the [CO], unless the [CO] waives this

    requirement in a specific instance.

    (c) Promptly upon completing a survey, the Contractor shall

    furnish the originals

    of

    all field notes and all other records

    relating to the survey or to the layout

    of

    the work to the [CO],

    who shall use them as necessary to determine the amount

    of

    progress payments. The Contractor shall retain copies

    of

    all

    such material furnished to the [CO].

    (R4, tab 4 at 113-14) The last

    of

    these clauses,

    FAR

    52.243-4, Changes, states in

    relevant part that the CO may, at any time, without notice to the sureties,

    if

    any, by

    written order designated or indicated to be a change order, make changes in the work

    within the general scope

    of

    the contract (R4, tab 4 at 116).

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    5/13

    By letter dated

    25

    July 2005, the Corps acknowledged completion by LRV

    of

    all

    required contract works for subject project, and notified LRV that, since the variation

    on all quantities covered

    ..

    fall within the 15 percent allowed by the VEQ clause, no

    adjustment would be made in the unit prices bid by LRV. The Corps requested,

    however, that LRV execute a proposed bilateral contract modification: adjusting

    estimated quantity set forth in the contract for excavation and placement ( 51,000 cubic

    yards) to reflect the underrun quantity actually performed, which it stated was

    42,842.5 cubic yards; proportionately adjusting the total contract sums for two lump sum

    CLINs (turbidity and endangered species monitoring); and stating that [t]his

    modification .. will be used to determine final payment under the contract. (R4, tab 5

    at 675-76, 680-81) LRV did not execute the proposed contract modification see R4,

    tab 1 at 2, tab 5 at 672, 680-81 .

    On 25 May 2007, LRV submitted to the CO a certified claim seeking

    $5,477,918.88 due to inappropriate total volume dredge determination, contract price

    adjustment, and the consequences that resulted from such action (R4, tab 5 at 672-73).

    LRV stated that a price adjustment was implemented [on progress] Payment Estimate

    Number #15 pursuant to the draft modification that never was officially completed,

    the quantity for CLIN 3 (excavation) was changed to 42,842.50 Cubic Yards and the

    prices for two lump sum items, CLINs 4 and 5 (endangered species and turbidity

    monitoring), decreased proportionately, resulting in a contract price reduction

    of

    $100,769.11. LRV added one of its subcontractors had claimed payment for excavation

    of

    51,000 cubic yards and prevailed in a suit filed against its Payment and Performance

    Bond Company, it was now unable to obtain payment and performance bonds, and as a

    direct result it had suffered economic and business development problems. (R4, tab 5

    at 672-73)

    In October 2007, the Corps' CO issued a final decision on LRV's claim (R4, tab 5

    at 724-29). The CO concluded a credit of $81,575.00 against CLIN 3 based upon an

    actual quantity performed

    of

    42,842.5 cubic yards ''was appropriate and in accordance

    with the VEQ clause. The CO concluded further that the Corps was not responsible for

    expenses incurred by LRV relating to the Miller Act lawsuit

    of

    its subcontractor and that

    other damages sought by LRV were for acts sounding in tort, not contract, and thus

    beyond her authority to pay. The CO, however, did conclude that the Corps'

    proportionate reduction

    of

    lump sum amounts for turbidity and endangered species

    monitoring were in error because the VEQ clause applies only to unit-priced items.

    The CO therefore acknowledged the lump sum items should remain as bid and LRV

    was entitled to payment for the full amount ofth[o]se line items. (R4, tab 5 at 727-28)

    On 18 January 2008, LRV filed a notice

    of

    appeal

    of

    the CO s decision with this

    Board (R4, tab 5 at 736-43). The appeal was docketed as ASBCA No. 56303

    id.

    at 731-32). Less than one month after submitting its notice

    of

    appeal, LRV advised it

    5

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    6/13

    was withdrawing its notice id. at 744) and the Board dismissed its appeal as

    withdrawn.

    By contract Modification No. P00019 dated

    13

    February 2009, the Corps' CO

    unilaterally modified the parties' contract adjusting estimated quantities set forth for

    both steel sheet piling and for excavation and placement to reflect the underrun quantities

    it believed LRV actually performed, which were stated to be 23,683.89 square feet and

    42,842.5 cubic yards, respectively. Based upon the unit prices bid by LRV, this resulted

    in a decrease in the total price ofCLINs 6 and 3 of$17,083.27 and $81,575.00,

    respectively, for a total reduction in contract price of $98,658.27. (R4, tab 1 at 2-3;

    compl.

    ii 12,

    answer

    ii

    12)

    By email dated 2 July 2010, the Corps notified LRV that, in reviewing the contract

    for close out, it discovered a calculation error in the quantity of excavation actually

    performed for CLIN 3. It stated that a quantity of 4,638.5 [cubic yards] was

    inadvertently omitted in the total calculation. It added that, while the total amount

    dredged was stated previously (in the CO s decision and contract amendments)

    as

    42,842.5, [t]he total amount dredged should be 47,481 [cubic yards]. The Corps thus

    proposed the parties' execution of a contract modification reflecting a variation in

    Estimated Quantities in the amount

    of

    4638.5 [cubic yards,] which increases the contract

    price by $46,385.00. (Gov't mot., attach.

    1

    LRV did not execute the Corp's proposed

    contract modification, which LRV asserts also contained a release of claims (compl. ii 15;

    gov't mot. at 3-4).

    By letter dated 31March2012, LRV submitted to the CO a certified claim

    in

    the

    amount

    of

    $98,658.27. LRV alleged the Corps wrongfully applied the VEQ clause to

    CLIN 3 (excavation and placement) and CLIN 6 (steel sheet piles) to reduce quantities

    set forth by $81,575.00 (8,157.50 cubic yards x $10.00) and by $17,083.27 (516 square

    feet x $33.10), respectively. According to LRV, the Corps deducted the difference

    between ctu l qu ntities performed and the quantity amounts initially set forth

    in

    the

    contract from the latter amount to incorrectly set forth new quantity amounts to be used

    with unit pricing to determine payment, i.e., LRV should have been paid for the full

    contract amount initially set forth at the unit price rather than the unit price multiplied by

    ctu l mounts

    for CLINs 3 and 6. (R4, tab 3 at 1-3)

    On 20 March 2013, the CO issued a final decision (received by LRV on that same

    day) granting LRV $46,385.00 (plus interest accrued) for 4,638.5 additional cubic yards

    of excavated material under CLIN 3. The CO denied the remainder of the claim. (R4,

    tab 1 at 1-4) In addressing LRV' s March 2012 claim, the CO made no mention of LRV' s

    May 2007 claim which was the subject of a decision issued in October 2007 (R4, tab 1 .

    On 17 June 2013, LRV timely sought review by this Board of the CO s March 2013 final

    decision (R4, tab 2 at 9). Its appeals were docketed

    as

    ASBCA Nos. 58727 ($17,083.27

    claim under CLIN 6) and 58728 ($81,575.00 claim under CLIN 3) (R4, tab 2 at 5 .

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    7/13

    On 4 September 2013, the Corps paid LRV $40,880.77 for the 4,638.5 cubic yards

    previously omitted in quantity performed calculation for CLIN 3 (gov't mot., attach. 2).

    According to the Corps, the payment represents the unit price bid by LRV ($10.00)

    multiplied by 4,638.5, plus interest, minus an amount required to be withheld

    as

    a lien by

    the IRS.

    DECISION

    I Motion to Dismiss

    The Corps moves to dismiss LRV s appeals for lack of urisdiction as barred

    by

    the six-year statute of limitations set forth in the Contract Disputes Act,

    41

    U.S.C.

    7103(a)(4)(A). According to the Corps, LRV knew or should have known of the

    Corps' interpretation of the parties' contract that payment was to be based on actual

    quantities performed on

    25

    July 2005 when the Corps requested LRV execute a bilateral

    contract modification adjusting the quantity set forth in CLIN 3 for excavation and

    placement to reflect the quantity LRV actually performed, but LRV did not submit its

    claims until

    31

    March 2012, over six years and eight months later. (Gov't mot. at 10-12)

    LRV opposes the Corps' motion to dismiss on the ground that a claim does not

    accrue (and the six-year statute

    of

    limitations begin running) until

    (1)

    the date when all

    events that fix liability were known or should have been known by a claimant and

    (2) some injury has occurred. According to LRV, the Corps' interpretation

    of

    the

    contract as requiring payment based on the CLIN quantity actually performed by LRV

    was not actually applied by the Corps (fixing liability and permitting assertion

    of

    a claim)

    until a date within six years of the assertion of its claims here, allowing pursuit of its

    claims. (App. opp n at 4-7)

    On 10 December 2014, after the parties had completed their briefing of the Corps'

    motion to dismiss for lack

    of

    urisdiction, the United States Court

    of

    Appeals for the

    Federal Circuit issued its decision in Sikorsky Aircraft Corp. v United States 773 F.3d

    1313 (Fed. Cir. 2014), stating that, while its precedent previously characterized the

    six-year statute

    of

    limitations in the CDA as jurisdictional, the Supreme Court 's recent

    decision in Sebelius

    v

    Auburn Regional Medical Center 133 S Ct. 817 (2013),

    effectively had overruled that precedent. The Federal Circuit held that, under the

    Supreme Court 's bright-line test set forth in Auburn Regional the six-year deadline set

    forth in the CDA was a claim processing rule coming within the general rule that filing

    deadlines are not jurisdictional. Sikorsky Aircraft 773 F.3d at 1320-22. We, therefore,

    deny the Corps' motion to dismiss these appeals for lack of

    urisdiction based upon the

    CDA s six-year filing deadline.

    7

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    8/13

    The Corps also contends that, [s]ince the alleged misapplicationof the VEQ

    clause for adjustment

    of

    CLIN 0003 was the subject

    of

    a previous [CO's] Final Decision,

    LRV

    is precluded from raising it again in a second claim. According to the Corps, a

    final

    CO s

    decision

    was

    issued

    on 11

    October 2007 stating that the Corps appropriately

    applied the VEQ clause, an appeal must be made from such a final decision to the Board

    within 90 days

    of

    receipt, the appeal made was withdrawn

    by LRV

    within 30 days

    of

    filing, and LRV therefore is barred from appealing the CO s 2007 decision six years later

    and obtaining another bite at the apple. (Gov t mot. at 12-13)

    In its complaint in these appeals, LRV alleges it maintained that the [Corps]

    remained liable for the full fixed price

    of

    the [parties'] Contract (i) for [CLIN] 0006 for

    Steel Piling .including the $17,083.27 that the [Corps] purported to deduct from the

    fixed price

    of

    the Contract for said item by the [2009 unilateral contract] Modification,

    and (ii) for CLIN 0003 for Dredging Material...[including] the $81,575.00 that the

    [Corps] purported to deduct from the fixed price

    of

    the Contract for said item by [its

    2009 unilateral contract] Modification (compl.

    if

    16). While the Corps contends LRV is

    attempting to obtain a second bite at the apple, it was the Corps ' CO who in 2010

    reopened the issue regarding calculation

    of

    the quantity

    of

    CLIN 3 actually performed

    by LRV, finding the Corps previously

    had

    erred in calculating that quantity with respect

    to the 2007 decision and 2009 unilateral contract amendment.

    The CO

    determined that a

    quantity

    of

    4,638.5 [cubic yards] was inadvertently omitted in the total calculation and,

    while the total amount dredged was stated previously (in the CO decision and contract

    amendments) as 42,842.5, [t]he total amount dredged should be 47,481 [cubic yards].

    The CO, therefore, clearly did not view the earlier CO decision as conclusive and binding

    upon the parties with respect to the Corps' making

    of

    final payment under the contract.

    The Corps is correct that, to be considered timely, an appeal from a CO s final

    decision to this Board must be made within 90 days

    of

    receipt

    of

    the

    CO s

    decision.

    41 U.S.C. 7104(a); Sach Sinha Assocs. Inc. ASBCA No. 46916, 95-1 BCA

    if 27,499 at 137,042. However, a

    CO s

    decision is not

    final

    when such decision is

    reconsidered. Zomord Co. ASBCA No. 59065, 14-1BCAif35,626 at 174,483. As

    stated in

    Johnson Controls Inc. ASBCA

    No. 28340, 83-2

    BCA

    if 16,915 at 84,170,

    [w]here the facts indicate that a [CO's] initial decision was not truly final or that the

    decision is being reconsidered, the failure to appeal from the decision within the

    prescribed time period will not defeat th[is]

    Board s

    jurisdiction and the contractor's

    opportunity to be heard

    on

    the merits.

    Accord Roscoe-Ajax Constr.

    Co

    v

    United States

    458 F.2d 55, 63-64 (Ct. Cl. 1972);Propulsion Controls Engineering ASBCA No. 53307,

    01-2

    BCA

    if 31,494 at 155,508.

    The CO s reconsideration

    of

    the 2007 CO decision here indicates the decision was

    not truly final.

    See Precision Piping Inc. v United States

    230 Ct. Cl. 741, 743 (1982);

    Roscoe-Ajax Constr.

    458 F.2d at 63;

    accord CP

    o

    Bozeman Inc.

    ASBCA No. 58533,

    13

    BCA

    if 35,452 at 173,854-55; Sach Sinha

    95-1BCAif27,499

    at 137,042. While

    8

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    9/13

    there are no procedures set forth in the CDA for reconsideration

    of

    a decision, it

    is

    a well

    established principle that an administrative agency may reconsider its own decisions.

    United States

    v

    Sioux Tribe, 616 F.2d 485, 493 (Ct. Cl. 1980), cert. denied, 446 U.S.

    952; accord Biddle

    v

    United States, 186 Ct. Cl. 87, 98-99 (1968). Administrative bodies

    who perform judicial or quasi-judicial functions are not infallible and are deemed to have

    the right to reconsider a prior decision absent existence

    of

    a statute or regulation to the

    contrary. Biddle, 186 Ct. Cl. at 98-99. On the unusual facts of this appeal, we hold that,

    in reconsidering (and correcting) the Corps' calculation of CLIN 3 quantities performed

    by LRV, the CO demonstrated that the 2007 decision was not final and that the earlier

    determination is not a bar to LRV obtaining review

    of

    the Corps' actions with respect to

    final payment under the contract in these appeals. We, therefore, also deny the Corps'

    motion to dismiss these appeals for lack

    of

    urisdiction based upon the CDA s 90-day

    requirement for submitting an appeal to this Board seeking review of a final decision.

    II. Cross-Motions for Summary Judgment

    Board Rule 7(c) (formerly 5(b)) authorizes us to entertain and rule upon motions

    for summary judgment. E.g., J W Creech, Inc., ASBCA Nos. 45317, 45454, 94-1 BCA

    26,459 at 131,661. The standards set forth in

    FED R CIV

    P. 56 guide our resolution

    of

    such motions. Lear Siegler, Inc., ASBCA No. 30224, 86-3 BCA 19,155 at 96,794;

    Allied Repair Service, Inc., ASBCA No. 26619, 8 2 - 1 B C A ~ 1 5 7 8 5 at 78,162-63.

    Where both parties move for summary judgment, as here, we evaluate each motion upon

    its own merits. McKay v United States, 199 F.3d 1376, 1380 (Fed. Cir. 1999); Mingus

    Constructors, Inc. v United States,

    812 F.2d 1387, 1390 (Fed. Cir. 1987). We will grant

    a motion for summary judgment only when the pleadings, depositions, answers to

    interrogatories, and admissions on file, together with affidavits,

    if

    any, show that there is

    no genuine issue as to any material fact and the moving party is entitled to entry

    of

    judgment as a matter

    of

    law. The burden

    of

    demonstrating these elements is upon the

    party who seeks summary judgment and the non-moving party is entitled to have all

    reasonable inferences drawn in its favor.

    Celotex Corp. v Catrett,

    4 77 U.S. 317, 322-24

    (1986); Elekta Instrument S.A.

    v

    0 UR. Scientific Int' , Inc., 214 F.3d 1302, 1306 (Fed.

    Cir. 2000); Comptech Corp., ASBCA No. 55526, 08-2 BCA 33,982 at 168,082.

    In its cross-motion for partial summary judgment on liability, LRV contends the

    Corps incorrectly calculated the payment due it for performing contract work under the

    terms

    of

    the parties' contract. According to LRV, under its fixed-price contract, it was

    to receive $510,000.00 ($10.00 per cubic yard x a quantity of 51,000 cubic yards) for

    CLIN 3, excavation and placement, and $801,020.00 ($33.10 per square foot x a quantity

    of

    24,200 square feet) for CLIN 6, steel sheet piling. Instead, the Corps calculated the

    payment owed to LRV

    as

    $474,810 ($10.00 a cubic yard x a quantity

    of

    47,481 cubic

    yards) for CLIN 3, excavation and placement, and $783,937 ($33.10 a square foot x a

    quantity of 23,683.89 square feet) for CLIN 6, steel sheet piling. LRV asserts: the

    quantities it actually performed for CLINs 3 and 6 varied by less than 15% from the

    9

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    10/13

    quantities set forth in the contract; no adjustment was to be made under the VEQ clause

    unless quantities varied by more than 15%; and the Corps' CO, therefore, acted

    incorrectly in reducing contract quantities set forth for the CLINs and in applying the

    VEQ clause with respect to final payment. (App. mot. at 7-18)

    In its motion for summary judgment and opposition to

    LRV s

    cross-motion, the

    Corps asserts: the parties' contract specified that it was based upon estimated quantities

    for CLINs 3 and 6; the CO adjusted the estimated quantities set forth pursuant to FAR

    52.243-4, CHANGES

    AUG

    1987), and the contract's payment provisions (specifying

    payment for CLINs 3 and 6 was to be made for quantities actually performed) to reflect

    actual quantities LRV performed since actual quantities were less than estimated; the

    CO did not apply the contract's VEQ clause to CLINs 3 and 6 because the difference

    between estimated and actual quantities was less than 15%; and, when one reads the

    contract as a whole, the CO acted correctly pursuant to contract terms because LRV

    is

    not entitled to payment under the contract for units

    of

    CLINs 3 and 6 not performed.

    (Gov't mot. at 16-19;

    gov t

    resp. at 5-7)

    The parties, therefore, construe the terms

    of

    their contract differently and the issue

    before us is the proper interpretation of the contract terms with respect to payment of the

    unit-priced CLINs. The proper interpretation

    of

    a contract is a question

    of

    law, and

    amenable to resolution by motions for summary judgment. Sevenson Environmental

    Servs. Inc v Shaw Environmental Inc.

    477 F.3d 1361, 1364 (Fed. Cir. 2007).

    We interpret a contract in accordance with its express terms and begin with the

    plain language

    of

    that agreement. E.g. C. Sanchez Son

    Inc

    v United States 6 F.3d

    1539, 1543 (Fed. Cir. 1993);

    Gould

    Inc

    v

    United States

    935 F.2d 1271, 1274 (Fed. Cir.

    1991).

    f

    he provisions are clear and unambiguous, they must be given their plain and

    ordinary meaning. E.g. United lnt l Investigative Servs. v United States 109 F.3d 734,

    737 (Fed. Cir. 1997);

    Alaska Lumber Pulp Co v Madigan

    2 F.3d 389, 392 (Fed. Cir.

    1993).

    LRV argues the essential framework for final payment under the Contract is

    established in the [VEQ] clause, which sets aside a 30 percent range (from 85 percent

    of

    the estimated quantity to 115 percent

    of

    the estimated quantity, a/k/a the

    VEQ

    Buffer') for payment of the fixed contract price. According to LRV, when actual

    quantities fall within the VEQ Buffer, or when a CLIN is not unit-priced (i.e., lump-sum

    payment item), the VEQ Clause provides

    no

    authority to adjust the fixed contract price

    and the CO is prohibited from making such an adjustment due to lack

    of

    contractual

    authority. (App. mot. at 7-8; app. reply hr. at 2-6)

    Contrary to the assertion

    ofLRV,

    however, the plain language of the VEQ clause

    (which is quoted above) does not set forth the framework for payment of CLINs under

    the parties' contract. The VEQ clause, by its plain terms, simply sets forth a procedure

    10

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    11/13

    for adjusting a contract's price with respect to unit-priced quantities differing from

    contract quantity estimates by more than 15%. See Foley Co v United States

    11

    F.3d

    1032 (Fed. Cir. 1993);

    Victory Constr. Co v United States

    510 F.2d 1379 (Ct. Cl.

    1975). Under the VEQ clause, the parties are bound to the contract's unit prices within a

    specific range (here 85% to 115%)

    of

    estimated quantities but,

    if

    the actual quantity

    varies significantly (more than 15%) from the estimated quantity, a party may seek an

    equitable adjustment in the contract price due solely to the variation in quantity above

    115% or below 85% of the estimated quantity.

    FAR

    52.211-18; see Foley

    11

    F.3d at

    1034;

    Cosmo Constr.

    Co

    v United States

    451F.2d602, 616-17 (Ct. Cl. 1971). As the

    Court of Claims stated, the VEQ clause is the vehicle for adjusting, with a minimum

    of

    haggling, the compensation received by contractors who are called upon in the course

    of

    performance to do, within limits, more or less work than could be estimated.

    United

    Contractors v United States 368 F.2d 585, 601 (Ct. Cl. 1966).

    When actual quantities cannot be accurately forecast for work to be performed,

    unit pricing based on estimated quantities is used in construction contracts to evaluate

    bids, determine an initial contract price, and provide an equitable method of pricing

    actual quantities of the pay items. When such pricing is used in federal government

    contracts, a VEQ clause

    is

    included in the contract to provide for the pricing

    of

    large

    variations from estimated quantities. See FAR 11.702, 36.207, 52.211-18.

    Here, there is no dispute that actual quantities for unit-priced CLINs 3 and 6

    differed from estimated quantities for the CLINs by

    less

    than 15%. As a result, there is

    no reason to reference the VEQ clause, which authorizes an equitable adjustment only if

    actual quantities exceed estimated quantities by more than 15%, in order to determine

    payment to LRV for unit-priced CLINs under the parties' contract.

    Section 01270

    of

    the parties' contract ( Measurement and Payment ) sets forth the

    framework for the payment of unit-priced CLINs. The plain language of

    f

    1.2.1.2

    of

    01270 expressly states with respect to CLIN 3 that [t]he total amount

    of

    material

    removed, and to be paid for under the contract, will be measured by the cubic yard in

    place and be determined by the average end area method. Further, the plain language

    of

    if

    1.2.3.2 of 01270 expressly states with respect to CLIN 6 that (t]he amount paid for

    will be the number of square feet of installed and painted sheet pile used in the accepted

    work. The plain meaning of these words is that LRV is to be paid for the actual

    amount

    of

    material removed under CLIN 3 and for actual sheet pile used in accepted

    work under CLIN 6 See Lockheed Martin IR Imaging Sys. Inc.

    v

    West 108 F 3d 319,

    322 (Fed. Cir. 1997) (words of a contract are deemed to have their ordinary meaning).

    While LRV suggests actual quantities are to be used only with respect to progress

    payments made to it ( app. mot. at 9-11, 16-18), it cites no contract language limiting the

    use of actual CLIN quantities to progress payments made and mandating the use of

    initial estimated quantities when it comes time for determining final payment to be

    made under the contract. Accordingly,

    LRV s

    construction of the contract as requiring

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    12/13

    unit-priced CLINs be paid by multiplying the unit price by the estimated (rather than

    actual) quantity

    of

    the CLINs

    is

    contrary to the express terms

    of

    contract 01270.

    It is

    well established that a contract is to be construed as a whole in a manner which

    harmonizes all of its provisions. State o Arizona v United States 575 F.2d 855, 863 (Ct.

    Cl. 1978); Laidlaw Environmental Servs. GS), Inc. ASBCA No. 45365, 93-3 BCA

    if

    26,128 at 129,884. A construction which gives reasonable meaning to all parts

    of

    an

    instrument is preferred to one leaving a portion of the instrument useless, inexplicable,

    insignificant, void, meaningless or superfluous.

    Hof-Gar

    Mfg.

    Corp. v United States

    351

    F.2d 972, 979 (Ct. Cl. 1965); A.R. Mack Constr. Co. ASBCA No. 49526, 97-1 BCA

    if

    28,742 at 143,464. LRV s construction of the parties' contract would require us to

    ignore the words

    of

    contract 01270 (measurement and payment) when it comes to final

    payment under that contract contrary to the rules of contract interpretation.

    LRV further asserts that there is no contract provision (other than the VEQ clause)

    authorizing the CO to adjust the parties' contract to reflect a change in price based on

    actual quantities

    of

    unit-priced CLINs, thereby precluding a contract interpretation

    other than its own interpretation (app. mot. at 8, 11, 24; app. reply br. at 6-14). The

    parties' contract, however, includes

    FAR

    52.243-4, Changes, which authorizes a CO to

    make a deductive change in the contract price if an aspect of the contract work set forth

    is

    deemed unnecessary and not required to be performed.

    See e.g. S.N. Nielsen Co. v

    United States

    141

    Ct. Cl. 793, 795-95 (1958); CTA Inc. ASBCA No. 47062, 00-2 BCA

    if

    30,947 at 152,761-62.

    Since the actual quantities of unit-priced CLINs 3 and 6 required were less than

    the quantities estimated to be required for those CLINs, the Corps correctly made

    an

    appropriate downward adjustment

    of

    the quantities set forth in the contract schedule for

    those CLINs. Nothing in the parties' contract barred the Corps' action here, which

    comports with the contract's payment provisions read as a whole under established

    contract construction principles.

    Finally, LRV asserts that: the parties' contract is ambiguous with respect to final

    payment; LRV s construction

    of

    the contract is reasonable ; and therefore we must

    construe the contract against its drafter, the Corps (app. mot. at 19-26). A contract is

    considered ambiguous, however, only if it

    is

    susceptible to more than one reasonable

    interpretation.

    E.g. Metric Constructors Inc. v NASA

    169 F.3d 747,

    751

    (Fed. Cir.

    1999). The contract here expressly provides in its schedule that quantities set forth for

    unit-priced CLINs are estimated and in 01270 that actual quantities for unit-priced

    CLINs will be used to determine payment of those CLINs. LRV s interpretation of the

    parties' contract

    as

    requiring use

    of

    estimated quantities to determine payment

    of

    unit-priced CLINs requires disregard of several paragraphs of contract 01270 and is not

    reasonable.

    William

    F.

    Klingensmith Inc.

    v

    United States

    505 F.2d 1257, 1262 (Ct. Cl.

    197 4) (interpretation which requires complete disregard

    of

    entire paragraphs

    of

    contract

    not normally considered reasonable). We conclude the contract's payment provisions are

    12

  • 7/25/2019 LRV Environmental, Inc., A.S.B.C.A. (2015)

    13/13

    susceptible to only one reasonable interpretation and thus do not constitute an ambiguity

    that must be construed against the Corps.

    See

    e.g. C Sanchez Son 6 F 3d at 1544.

    CONCLUSION

    We deny the government s motion to dismiss the appeal for lack

    o

    urisdiction.

    We also deny the appellant s motion for partial summary judgment with respect to

    liability. We grant the government s motion for summary judgment. The appeals are

    denied.

    Dated: 14 July 2015

    I concur

    4

    ~

    /

    ~ ~

    dministrative Judge

    Acting Chairman

    Armed Services Board

    o Contract Appeals

    TERRENCE S HARTMAN

    Administrative Judge

    Armed Services Board

    o Contract Appeals

    I concur

    RICHARD SHACKLEFORD

    Administrative Judge

    Vice Chairman

    Armed Services Board

    o Contract Appeals

    I certify that the foregoing is a true copy

    o

    the Opinion and Decision o the

    Armed Services Board o Contract Appeals in ASBCA Nos. 58727, 58728, Appeals

    o

    LRV Environmental, Inc., rendered in conformance with the Board s Charter.

    Dated:

    13

    JEFFREY D. GARDIN

    Recorder, Armed Services

    Board o Contract Appeals